SOLICITATION NOTICE
R -- Support for COMSUBPAC Travel Program Management including the Defense Travel System (DTS), Centrally Billed Accounts (CBA) and Individually Billed Accounts (IBA)
- Notice Date
- 5/6/2009
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 541618
— Other Management Consulting Services
- Contracting Office
- Department of the Navy, Naval Supply Systems Command, FISC Pearl Harbor, N00604 FISC PEARL HARBOR 1942 Gaffney Street, Ste 100 Bldg. 475-2, Code 200 Pearl Harbor, HI
- ZIP Code
- 00000
- Solicitation Number
- N0060409T0348
- Response Due
- 5/20/2009 11:59:00 PM
- Archive Date
- 6/4/2009
- Point of Contact
- Bernadette Julian (808) 473-7583
- Small Business Set-Aside
- N/A
- Description
- This is a COMBINED SYNOPSIS/SOLICITATION for commercial items prepared in accordance with the information in FAR Subpart 12.6, using Simplified Acquisition Procedures under the test program for commercial items found at FAR 13.5, as supplemented with the additional information included in this notice. This announcement constitutes the only solicitation; a written solicitation will not will not be issued. Attached to this Combined Synopsis/Solicitation is the Statement of Work. PAPER COPIES OF THIS SOLICITATION WILL NOT BE AVAILABLE. This combined synopsis/solicitation SHALL BE posted on both FEDBIZOPPS and NECO (http://www.neco.navy.mil). The RFQ number is N00604-09-T-0348. It is the responsibility of the contractor to be familiar with the applicable clauses and provisions. The clauses may be accessed in full text at these addresses: www.acqnet.gov/far and http://www.acq.osd.mil/dpap/dfars/index.htm. NAICS Code is 541618. The proposed contract will be set asi! de for qualifying certified Service Disabled Veteran Owned (SDVO) Businesses. The Government will not consider offers from other than SDVO businesses. The proposed contract is for support for COMSUBPAC Travel Program Management including the Defense Travel System (DTS), Centrally Billed Account (CBAs), Individually Billed Accounts (IBAs) and provide submarine force specific DTS support for COMSUBPAC HQ and its subordinate commands located at Pearl Harbor Naval Station, Hawaii; Submarine Base, Point Loma, California; Naval Station Kitsap, Bangor, Washington; Naval Station Guam; Naval Station Yokosuka, Japan. In addition, the contractor shall develop and maintain sailor level desk reference guides for DTS, CBA, and IBAs to be utilized throughout COMSUBPAC. FISC Pearl Harbor requests responses from qualified sources capable of providing: ITEM 0001 - LABOR CATEGORY(IES) (IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK). ITEM 1001 - LABOR CATEGORY(IES) (IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK). ITEM 2001 - LABOR CATEGORY(IES) (IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK). ITEM 3001 - LABOR CATEGORY(IES) (IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK). ITEM 4001 - LABOR CATEGORY(IES) (IN ACCORDANCE WITH THE ATTACHED STATEMENT OF WORK). The period of performance is Base Period one year plus four one-year option periods. Base period is 01 June 2009 thru 31 May 2010; Option Year One is 01 June 2010 thru 31 May 2011; Option Year Two is 01 June 2011 thru 31 May 2012; Option Year Three is 01 June 2012 thru 31 May 2013; and Option Year Four is 01 June 2013 thru 31 May 2014. The total term of the contract, including all options, will not exceed 60 months. If the Government does not award a follow-on contract in time, the Government may require the contractor to continue performance for an additional period up to six months under FAR Clause 52.217-8, Option to Extend Services. The Government will not synopsize the options when exercised. Responsibilities and Inspection: Statement of Work attached. The following FAR and DFARS provision and clauses are applicable to this procurement: 52.204-7 Central Contractor Registration; 52.212-1 Instructions to Offerors - Commercial Items; 52.212-2, Evaluation - Commercial Items is applicable to this procurement. The following factors shall be used to evaluate offers: (1) Technically Acceptable to perform the requirements in the Statement of Work; (2) Past Performance; (3) Price. Award will be made to the low cost, technically acceptable responsible offeror. The quoter shall submit, as part of its quote, information on previously performed contracts or on-going contracts that are similar to the statement of work/item description in the solicitation performed for Federal, State or local Governments, and for commercial firms. Information shall be provided on either (1) all such contracts within the past three years, or (2) the last three such contracts performed, whichever is fewer, and shall be limited to the name and address of the organization for which the services were performed and the number (phone and facsimile). The information should include discussion of any major problems encountered on the con! tracts listed and the corrective actions taken to resolve them. The Government reserves the right to obtain information for use in the evaluation of past performance from any and all sources including sources outside of the Government. Quoters lacking relevant past performance history will not be evaluated favorably or unfavorably on past performance. The quoter should provide the information requested above for past performance evaluation, or affirmatively state that it possesses no relevant directly related similar past performance. The assessment of the quoter's past performance will be used as a means of evaluating the relative capability of the responder and other competitors to successfully meet the requirements of the RFQ. The Government will give greater consideration to the contracts that the Government feels are most relevant to the RFQ. 52.212-3 and its ALT I, Offeror Representations and Certifications - Commercial Items; 52.212-4 Contract Terms and Conditions - Commercial Items; 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items including the applicable clauses of 52.222-3 Convict Labor, 52.222-19 Child Labor - Cooperation with Authorities and Remedies, 52.222-21 Prohibition of Segregated Facilities, 52.222-26 Equal Opportunity, 52.222-35 Equal Opportunity for Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, 52.222-36 Affirmative Action for Workers with Disabilities, 52.222-37 Employment Reports on Special Disabled Veterans, Veterans of the Vietnam Era, and Other Eligible Veterans, and 52.232-36 Payment by Third Party; 52.215-5 Facsimile Proposals; 52.216-1 Type of Contract; 52.217-8 Option to Extend Services; 52-217-9 Option to Extend the Term of the Contract; 52.223-5 Pollution Prevention and Right-to-Know; 52.223-11 Ozone-Depleting Substances; 52.228-5 Insurance - Work on a Government Installation; 52.229-3 Federal, State and Local Taxes; 52.232-18 Availability of Funds; 52.233-1 Disputes; 52.233-2 Service of Protest; 52.233-3 Protest After Award; 52.247-34 F.O.B. Destination; 52.252-1 Solicitation Provisions Incorporated By Reference; 52.252-2 Clauses Incorporated By Reference; 252.204-7004 Alt A Central Contractor Registration; 252.212-7000 Offeror Representations and Certifications - Commercial Items; 252.212-7001 Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items including the applicable clauses of 52.203-3 Gratuities, 252.225-7001 Buy American Act and Balance of Payment Program, 252.243-7002 Requests for Equitable Adjustment, and 252.247-7023; 252.223-7001 Hazard Warning Labels; 252.225-7000 Buy American Act-Balance of Payments Program Certificate; 252-225-7036 Buy American Act-Free Trade Agreements-Balance of Payments Program; 252.232-7010 Levies on Contract Payments; Quoters are reminded to include a completed copy of 52.212-3 and its ALT I with quotes. All clauses shall be incorporated in the order. Additional contract terms and conditions applicable to this procurement are: Local Clause G1 Representative of the Contracting Office; Local Clause G3 Representative of the Contractor; Local Clause L331 Review of Agency Protests; NAVSUP H25 SPS Consolidated Server Time Zone; This announcement will close at 2:00 p.m. Hawaii Standard Time on 20 May 2009. Facsimile quotes will be accepted at 808-473-5750, or may be e-mailed to bernadette.juliana@navy.mil. Oral communications are not acceptable in response to this notice. All responsible sources may submit a quote which shall be considered by the agency. Procedures in FAR 13.106 are applicable to this procurement. Quoters are responsible to view the SPECIFICATIONS and LOCAL CLAUSES included as an attachment to this announcement. Central Contractor Registration (CCR). Quoters must be registered in the CCR database to be considered for award. Registration is free and can be completed on-line at http://www.ccr.gov/. All quotes shall include price(s), a point of contact, name and phone number, business size, and payment terms. Each response must clearly indicate the capability of the quoter to meet all specifications and requirements. ******* End of Combined Synopsis/Solicitation ********
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d0a30f7e8ae26c2ed8192051880dab80&tab=core&_cview=1)
- Record
- SN01810015-W 20090508/090506221119-e77f5a5289849e1c909a2268dc0dccc7 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |